Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

H -- Environmental Inspection Services for Kiabeto Quarters

Notice Date
1/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
A12PS00396
 
Response Due
1/20/2012
 
Archive Date
1/17/2013
 
Point of Contact
Mary Jim Contract Specialist 5058638257 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. A12PS00396 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. Total set-aside for Small Business, NAICS 541350, Business size Standard $7.0. DESCRIPTION: The contractor shall provide services consisting of furnishing all labor, materials, equipment, supervision, transportation and incidentals necessary to provide Environmental Building Inspections for Kiabeto Quarters for 19 units in accordance with the Statement of Work. STATEMENT OF WORK Scope of WorkHazardous Mold Inspection at Kiabeto Boarding School Quarters Issue: The Bureau of Indian Affairs requires the services of an experienced mold inspector/contractor to investigate mold contaminated surfaces in the Kaibeto Boarding School Quarters Numbers 418-2A, 418-2B, 419-3, 420-2. 420-3, 423-2, 423-3, 424, 425-A, 425-B, 427, 428, 432, 436, 437, 438, 441, 441-A, and 448 to identify and speciate the mold growth found in preliminary wipe samples previously conducted in the housing units. Location: The project is located on the Navajo Indian Reservation, Kaibeto, Coconino County, Arizona in the Northwest corner of the reservation. Background and History: The housing tenants noticed mold growth in the bathrooms and laundry rooms and bedrooms of the units and complained of smell, headaches, respiratory distress and cold/flu like symptoms. Wipe samples were collected and submitted to a contract laboratory for speciation of the mold spores. The contractor analyzed the wipe samples and found Apergillius Penicillim and Stachybotrys mold spores present in most of the units. The Division of Environmental, Cultural and Safety Management requires the services of a certified, experienced mold contractor to conduct aero-cell and wipe samples in the 19 quarters to identify the concentration of mold spores in the areas and to speciate the spores to allow for a remedial contractor to abate the mold impacted surfaces. The contract will be on a cost reimbursable schedule. The vendor will be required to prepare site specific health and safety plan and a detailed work plan. Period of Performance: The period of performance of this contract is January 23, 2012, through January 27, 2012. Type of contract: The contract shall be issued as a time and materials project. PRE SUBMITTALSTASK 1: Health and Safety PlanA. The Contractor shall prepare a project-specific Health and Safety Plan (HASP) to address worker protection and the safety of the public for sampling mold contaminated surfaces. The HASP shall be prepared in accordance with 29 CFR 1910.120 and include Personal Protective Equipment to be worn by employees during the conduct of work. HASP must be submitted prior to field work beginning. B.The HASP must also contain copies of certificates for mold training; medical surveillance and respirator fit testing for workers and supervisors are site specific, and free of editorial and grammatical errors. C.TASK 2: Mold/Bacteria Study A. The contractor shall conduct a mold inspection of 19 housing units impacted by mold and suspect bacteria.1. Conduct aero-cell samples in all units to determine where the mold is concentrated2.Conduct wipe samples of impacted services to determine speciation of mold spores 3.Submit samples to a certified lab for analyses to speciate mold spores and perform mold concentration levels per each sample analyzed. Task 3: Final Report1.Provide Final Report to determine appropriate response action.2.Provide recommendations for PPE and areas of impact.3.Have report Signed by Industrial Hygienist All interest offerors shall provide an all inclusive costs for the requirement; including but not limited to all applicable taxes. PRICE ESTIMATE: 1. Mobilization @ 1 job = $________ 2. Labor (2) Technicians @ 1 job = $________ 3. Equipment Rental - 6 air pump x 2 days @ 1 job = $________ 4. 114 Aero-Cell samples for mold spore counts (6/units) = $________ 5. 190 Wipe Sample (10/uits) @ 1 job = $________ 6. FInal Report @ 1 job = $________ 7. Applicable Taxes (State GRT 8% and NN GRT 4%) @ 1 job $________ Total: $____ M. 1Contract AwardAward will be made on the basis of the lowest evaluated price of proposals meeting the technically acceptability standards. The Government intends to select the Lowest Price Technically Acceptable offer on the basis of initial offers received, without discussions. Offers may be given the opportunity to clarify certain aspects of the proposals (e.g., the relevance of an offeror's past performance information or to resolve minor or clerical errors). M.2EvaluationThe Government will conduct a lowest price technically acceptable source selection as required under FAR 15.101-2. The Government will evaluate all offers to determine technical acceptability proposal with the lowest evaluated price. Each Factor will be rated either "Acceptable" or "Unacceptable". All Factors must be "Acceptable" in order to be determined as technically acceptable. A proposal with any factors that are rated as "Unacceptable" will not be considered. M.3Evaluation FactorsFactor I-Technical CapabilityFactor II-Management Capabilities/Key Personnel QualificationFactor III- Past Experience: Demonstrated Project Experience on Navajo Trust LandsFactor IV-Past Performance FACTOR I -Technical Capability Proposal: The Technical Capability should have as much details as the offeror considers necessary to fully explain the proposed technical approach. The technical proposal should reflect a clear understanding of the nature of the work to be performed. The proposal shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The proposal should include, but not limited to the following: a.Knowledge and understanding of the requirements outlined in the SOW.b.Understanding of general and local conditions which can affect the SOW.c.Logical sequence of steps and/or specific techniques to accomplish all required tasks specified in the SOW.d.Capability to produce deliverables in response to the SOW.e.Schedule of project task(s) that accommodates regular site activities, i.e., maintenance, etc. FACTOR II - Management Capabilities/Key Personnel QualificationsEach offeror shall submit a plan consisting of a narrative explanation of their proposed on-site approach to project management and coordination; and cost control measures on change orders and how they are proposed and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the proposed key personnel qualifications and submit a resume for all key personnel. The assessment will consider whether the proposal provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The key individual is the Project Engineer, who should have direct work experience with the remediation of soil and ground water contamination from heating oil in similar site conditions. The Project Engineer should be certified as a Professional Engineer (Submit Professional Engineer Certificate). The Offer should include, but not be limited to the following description: a.Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project.b.Describe your project schedule and plan indicating where you will start the project and how you plan to proceed to the next project location for each of the project sites identified in the SOW.c.Offeror's projected schedule of the project, including steps within each phase and their estimated duration time. Project Schedule note critical path. FACTOR III - Past Experience: Demonstrated Project Experience in accordance with the SOW. Listing at least last three projects of a similar nature with contact telephone information. Specialized experience with rural communities and alternative onsite systems should be highlighted. The examples should describe the difficulty of the project. FACTOR IV -Past Performance:Offeror shall provide at least 3 to 5 reference and/or copies of Performance Evaluation (SF-1420) for similar size, scope, and complexity of work completed within the last three (3) years. Preferably work should be with Federal Agencies. List the contract numbers; contract amount; brief description of work; name of Government (Federal) Agency; point of contacts; addresses; and current telephone and fax numbers. This factor is the quality of work and depth of relevant experience of the offeror previously completed projects on project management, coordination, compliance, timeliness, dollar value, and related contracts requirements. References will be contacted and must be capable of providing first hand information to substantiate the satisfactory completion of the offeror's past performance. Award will be made to the lowest priced offeror, who's quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following FAR Clause including all addenda applies to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 - Contract Terms and Conditions-Commercial; 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.232-1, Payment; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Payment by Third Party (May 1999);52.229-3, Federal, State, and Local Taxes (April 2003); 52.219-6, Total Small Business Set-Aside; 52.223-03, Hazardous Material Identification and Material Safety Data. The following Department of Interior provisions and clauses apply to this solicitation: DIAR 1452-204-70, Release of Claims - Department of the Interior. The Federal Acquisition Regulations clauses and provisions are available on the website at http://www.arnet.gov/far or may be requested from the Contracting Officer. Sign and date offers with a complete copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary J. Jim, P. O. Box 1060, Gallup, New Mexico 87305 by close of business, 10:00 A.M., Local Time, January 20, 2012, due to emergency response, the response time has been shortened. Offers submitted by facsimile and email (mary.jim2@bia.gov) will be accepted, the fax number is (505) 863-8382. Any further questions regarding this announcement may be directed to Mary J. Jim, Contracting Officer, at (505) 863-8357, by fax at (505) 863-8382. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS00396/listing.html)
 
Place of Performance
Address: Kiabeto, Arizona
Zip Code: 87305
 
Record
SN02656069-W 20120120/120118234235-556f76f16174855359d033bcac63deba (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.